Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

73 -- Brand name or Equal NFS Vulcan VC44G Ovens

Notice Date
2/19/2025 7:48:55 AM
 
Notice Type
Sources Sought
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0375
 
Response Due
3/3/2025 10:00:00 AM
 
Archive Date
04/02/2025
 
Point of Contact
Mcdaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Brand Name or Equal Vulcan VC44G Series Double Deck Convection Oven. The oven will be delivered to the Coatesville VA Medical Center, located in Coatesville, PA 19320. 1. Contract Title. Brand name or Equal Vulcan VC44G Series Double Deck Convection Oven 2. Background. The Coatesville VA Medical Center, 1400Blackhorse Hill Road, Coatesville, PA 19320, needs replacement ovens for Nutrition and Food Service for preparation of patient meals for CLC and domiciliary patients with food safety, reliability, and ability to run on electric and/or gas to ensure operations are not impacted by any potential power outages. 3. Scope. Contractor is to provide equipment as outlined with salient characteristics. 4. Salient Characteristics. We request the following industrial equipment: Double section gas convection oven Stainless steel front, sides, top and legs. Independently operated stainless steel doors with double pane windows. Non-sag insulation applied to the top, rear, sides, bottom, and doors. Porcelain enamel on steel oven interiors measures 29""w x 221/8""d x 20""h. Two interior oven lights per section. Five nickel plated oven racks per section measure 281/4"" x 201/2"" Eleven position nickel plated rack guides with positive rack stops. One 50,000 BTU/hr. burner per section. 100,000 total BTU/hr. Electronic spark igniters. Furnished with a two speed 1/2 H.P. oven blower-motor per section. Oven cool switch for rapid cool down. 120-volt, 60 Hz, 1 ph power supply required. 6' cord and plug. 7.7 amps total draw per section. Castors Exterior Dimensions: 401/4"" W x 40"" D (includes motor & door handles) 401/4"" W x 373/4"" D (includes motor only) 70"" H on 8"" legs 5. Performance Monitoring delivery of equipment in new condition that is accepted for functional suitability to the standards of the VA. 6. Security Requirements. None identified. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There is no GFE or GFI anticipated with this contract. 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. The contractor will provide minimum of one year warranty on parts and labor. b. Identification of Potential Conflicts of Interest (COI). None identified. c. Identification of Non-Disclosure Requirements. None identified. d. Packaging, Packing and Shipping Instructions. There are no special requirements. e. Inspection and Acceptance Criteria. Delivery of equipment in new condition that is accepted for functional suitability to the standards of the VA. 9. Risk Control. Contractor is responsible for providing all education and information for any changes to care and/or maintenance schedules. 10. Delivery Schedule. Contractor will deliver items within 6 weeks of contract award. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 311999, All Other Miscellaneous Food Manufacturing. The Small Business Size Standard for this NAICS code is 500 employees. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on March 3, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce71693e99b74378807773f7af528d35/view)
 
Place of Performance
Address: VAMC Coatesville 1400 Blackhorse Hill Road, Coatesville 19320
Zip Code: 19320
 
Record
SN07347406-F 20250221/250219230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.